FREQUENTLY ASKED QUESTION FOR VDOT DESIGN-BUILD PROJECTS. June 1, 2013
|
|
- Ashlynn Gilmore
- 6 years ago
- Views:
Transcription
1 FREQUENTLY ASKED QUESTION FOR VDOT DESIGN-BUILD PROJECTS June 1, 2013 For general guidance the following information is provided as an aid to those preparing submittals in response to Design-Build solicitations. This information at no time supersedes the requirements presented in individual solicitations. Prequalification (Joint Ventures) Specific guidance relative to the pre qualification process can be found at the following link: In order to pre-qualify as a Joint Venture a completed Joint Venture Bidding Agreement must be submitted to and approved by VDOT at the Statement of Qualifications (SOQ) submittal due date. It should be noted that a Joint Venture is not required to register with the Virginia State Corporation Commission (SCC) unless the joint venture is formed as a Limited Liability Company, General Partnership or Limited Partnership. However, each individual member of the Joint Venture must be registered with the SCC in accordance with of the Code of Virginia. As a requirement of prequalification, Joint Venture entities need to be properly established with a federal tax ID number. In the event that two (2) or more prequalified Contractors that form a Joint Venture and each contractor is individually classified as Prequalified (Probationary) or inactive, Offerors should be aware that VDOT s Rules Governing Prequalification Privileges stipulate: a firm with this level of prequalification is in good standing with the Department with regard to safety and has a demonstrated ability to complete the type of work for which they are requesting prequalification but has not performed work for the Department and thus has no Quality Score. With this level of prequalification a firm can be awarded/have under contract no more than three projects at any given time. Each of these contracts will be limited to a maximum contract value of $2,000,000. The Contract Engineer has the authority to waive this restriction on a project-by-project basis. Such waiver must be obtained, in writing, by the firm prior to bidding on that project. A firm with this level of prequalification must file an updated Form C-42 including all active VDOT projects each time they submit a bid. A firm at this level of prequalification will be assigned a minimum Prequalification Score of 75, provided they have a minimum Safety Score of 70. VDOT s Scheduling and Contracting Division does not provide prequalification certificates for Joint Ventures. As part of the SOQ submittal, Offerors should provide sufficient evidence to confirm the prequalification number of the Joint Venture so that the Department can confirm the above requirements have been met. 1 of 9
2 The bidding restrictions for an individual contractor with a Probationary or Inactive prequalification status may be waived if the contractor can demonstrate that they have performed satisfactorily on projects of similar scope, size and complexity for the requirements for the Lead Contractor stipulated in the Design-Build solicitation. Determination of waving bidding restrictions due to prequalification status must be finalized and evidence submitted at the time of the submittal due date. Requests for determination of waiving bidding restrictions due to prequalification status should be submitted to: Virginia Department of Transportation Scheduling and Contract Division 1401 East Broad Street Richmond, VA Attn: Mr. Don Silies As evidence of prequalification, Offerors can submit either a full sized copy of a VDOT prequalification certificate or a screen-shot printout showing that they are prequalified from VDOT s online Prequalified List ( Prior to the execution of a contract with VDOT, Joint Ventures are required to be registered as an entity with eva. Offerors are not required to submit proof of registration with eva in their SOQ. The surety letter for Joint Venture Offerors submitting a proposal on Design-Build contracts should be in the name of the Joint Venture entity and the letter should be addressed to the VDOT Point of Contact (POC) identified in the solicitation. Work History In response to the work history qualification the Offeror of a limited liability company, partnership or joint venture should list the relevant previous projects for the combined entity. The Lead Contractor (or Lead Designer) for a Joint Venture is considered to be the combination of all the joint venture contractors (or designers). The projects listed are to be a total of those for the joint venture entity. For demonstrating project experience, the Lead Contractor (or Lead Designer) should include projects where they were the prime contractor (or designer) responsible for the project/contract and clearly identify any sub-contractors performing work under their supervision. Key Personnel Subconsultants that are not Key Personnel and/or not identified on the organizational chart can be added to the Offeror s team after submission of the SOQ and prior to the Technical Proposal. 2 of 9
3 Formatting/SOQ Organization All printing, except for the front cover of the Statement of Qualifications, should be Times New Roman, with a font of 12-point (Times New Roman 10 point font may be used for filling out information on the Key Personnel Resume Form and the Work History Forms). This requirement does not apply to text on the organizational chart, any maps, phase diagrams, or other graphics included in an Offerors proposal. Text that is part of a graphic can be modified within reason. All text that is part of a graphic should be readable and should be no smaller than Times New Roman 10 point. Larger text can be used as well. Only the resumes for the Key Personnel identified in the solicitation should be included in an Offeror s submittal. Form headers and footers may be modified if desired to include the Offerors name/logo, page numbers, etc.; however, the form must retain its original content and format. Logos or pictures may be included on tabs and/or page separators. If an SOQ Table of Contents is included in a submittal, the table of contents will be counted against the total page limit. The front cover, title sheet, table of contents, appendices or back cover do not count against the total page limit. Concept Plans will be included in the total page limit. The row heights and column widths may be modified as needed. Additional columns and/or rows beyond those included in the forms are not allowed. It is permissible to include pictures on the Resume and Work History Forms. DBE/SWaM Participation When meeting a DBE goal it should be noted that SWaM and DBE designations are mutually exclusive and should not be considered as the same. A SWaM vender is not always a DBE vender; however DBE s are SWaM venders by default. SWaM goals are independent of the DBE goal requirement. The DBE goal is a pass/fail requirement. In accordance with an RFQ, the Offeror shall provide a written statement within the Letter of Submittal that the Offeror is committed to achieving the stated DBE goal. Failure to meet an RFQ requirement will render an Offeror s SOQ non-responsive. SWaM certification will not count toward the DBE goal. VDOT does not separate the DBE goal between the design and construction tasks of a project. The DBE goal needs to be satisfied for the overall contract value of the project. DPOR Registration Key Personnell including but not limites to the Quality Assurance Manager, Design Manager, Lead Designer, and Lead Structural Engineer are required to be a registered, licensed, 3 of 9
4 Professional Engineer in the Commonwealth of Virginia at the time of the SOQ submission. Offerors shall provide a copy of the DPOR license for each Key Personnel practicing or offering to practice professional services in Virginia in their SOQ. Evidence provided to confirm licensure and registration requirements in response to Design- Build solicitations can be full-size copies of screen shots from the SCC website and DPOR websites. Team members providing professional services are not required to have an office located in Virginia, unless otherwise required in the Design-Build solicitation. It is not required for an Offeror to specifically identify the members of their right-of-way team in their submittal. Quality Assurance/Quality Control (QA/QC) Program The Quality Assurance Manager (QAM) is responsible for ensuring quality assurance through the use of the VDOT Minimum Quality Control and Quality Assurance Requirements for Design- Build and Public Private Transportation Act Projects Manual. It is the Design-Builder s responsibility to determine the number of hours and amount of time for which the QAM is required to be on the construction site to satisfy the requirements of the RFP. The QAM shall assign a Lead QA Inspector to the Project prior to the start of construction. This individual must be on the site for the duration of construction of the Project. It is the Department s intention to have the QA Inspector(s) on site full-time, and as necessary to meet the requirements of Part 2, of the RFP for the duration of the construction of the project. Right-of-Way and Utilities All costs associated with utility relocations and adjustments, except for acquisition services should be included in the Offerors Price Proposal. Offerors are expected to coordinate directly with the utility owners, addressing all potential impacts with affected utility owners and third parties and ensuring all such impacts have been included in the Offeror s Proposal. VDOT takes no position regarding whether or not the Design-Builder enters into a betterment agreement with a utility company. The agreement, if entered, is solely between the outside party and the Design-Builder. VDOT will have no funding involvement in any betterment. 100% payment for betterment work will be independent of VDOT and performance of the betterment work may not be used as justification for any delays, work orders, or other claims. Per the VDOT Utility Manual of Instructions, 10th Edition, January 2011, betterment is defined as any upgrading of a utility facility that is not attributable to the highway construction or the placing of the facility underground and is made solely for the benefit of and at the election of 4 of 9
5 the utility. As such, utility betterments, if necessary, should not be included in the Design- Builder s Lump Sum Bid. Affiliated and Subsidiary companies The listing of Affiliated and Subsidiary companies should include all companies that have a direct or indirect power to exert control over the Offeror. If the parent company has other subsidiaries that do not share officers or directorships with the Offeror, will not be involved in this project and are otherwise not affiliated with the Offeror, these companies do not need to be listed. Surety Letter The Letter from Surety should be addressed to the APD Point of Contact. The surety or insurance company letter for evidence of bonding will be counted against the total page limit of the submittal. For specific information regarding warranty periods on behalf of the contractor refer to Request for Proposals Part Division I Amendments, Section Equipment and Material guaranties or warranties that are normally given by manufacturer or supplier, or are otherwise required in the Contract, shall be obtained by the Design-Builder and assigned to the Commonwealth in writing. The Design-Builder shall also provide an in-service operation guaranty on all mechanical and electrical Equipment and related components for a period of at least six months beginning on the date of partial acceptance of that specific item(s) or final acceptance of the Project. RFP Parts 3, 4 and 5 can be downloaded using the following link ( 5 of 9
6 FREQUENTLY ASKED QUESTIONS LOCALLY ADMINISTERED DESIGN-BUILD PROJECT DELIVERY SEPTEMBER 24, What is the difference between a design-bid-build and a design-build project? In a design-bid-build project design is completed separately from construction. VDOT approves the completed design then solicits contractors to construct the project in accordance with the approved design. Design-build procurements streamline projects by placing responsibility for the design and construction of a project on a single entity. The design-build team constructs the project while design is still underway, greatly reducing the overall time necessary for completion of the project. Additionally, design-build projects are typically lump sum projects with a guaranteed price and completion date established at the start of the project. Since design and construction are the responsibility of a single entity, the cost of any design or construction errors is borne by the design-build team. Design-build procurements transfer a significant portion of the risk for cost overruns to the design-build contractor. 2. Are there presently guidelines available specifically tailored to Locally Administered Design-build Projects? Guidelines have been developed for Design-build Projects administered by VDOT. The Innovative Project Delivery Division (IPD) is currently working with Central Office Local Assistance Division (LAD) to develop guidelines specific to Locally Administered Design-build Projects. This documentation will be a separate posting from updates to the Guide for VDOT Projects Administered by Localities. VDOT has developed interim guidance and is working with LAD to finalize guidelines. 3. Is a Finding of Public Interest (FOPI) required for Locally Administered Design-build Projects? Yes, a FOPI is required for Locally Administered Design-build Projects. 4. What attachments must be provided for a FOPI developed by a locality? The following attachments should be provided for FOPIs developed by Localities: Cover letter Location map 6 of 9
7 Risk outline Locality Project Agreement 5. Who is the signatory authority for the FOPI? The Chief Executive Officer/Administrator for the town, city or county is the signatory authority for Locally Administered Design-build projects. 6. What type of information should be provided at the time of RFQ/RFP release? For VDOT administered projects, the Department provides preliminary plans (~30%) to potential Offerors. These plans are provided to aid the Offeror in preparing proposal documents. An in depth explanatory of discipline specific requirements is provided in the design-build roles and responsibilities document (available for review upon request). 7. Do Locally Administered Design-build projects need to go through the award/post award process required for design-build projects administered by the Department? Yes, all projects that exceed the $2 Million (Section ) threshold must go through the CTB award process. 8. How and when does funding authorization occur for design-build projects? Funding authorization occurs just prior to advertisement of the RFP. The locality will complete the federal criteria sheet and provide the latest PCES estimate for the project to the VDOT Project Coordinator for submittal to the Scheduling and Contract Division. Scheduling and Contract will subsequently develop a detailed estimate and submit the documentation to Programming who will interface with FHWA to obtain funding authorization. This process can take up to 30 days to complete. 9. Are there DBE requirements for Locally Administered Design-build Projects? Yes, DBE requirements are specified for all federally funded projects. The Civil Rights Division will determine the DBE goal for the project. 10. What are the requirements in terms of Civil Rights Documentation/Davis-Bacon wage rates? The locality needs to retrieve the appropriate wage rates for federally funded projects from the VDOT website ( and insert them in the RFP. 11. What is the typical duration for the procurement process for design-build projects? 7 of 9
8 For design-build projects procured by VDOT, the typical procurement duration is six to nine months. VDOT can provide a project schedule for an ongoing design-build project upon request. 12. Is Value Engineering required for Locally Administered Design-build Projects? The Code of Virginia requires VE on highway projects with a construction cost of $5 million or more. 13. How do I get in contact with IPD to determine the processes for Locally Administered Design-build Projects? Information should be relayed through the VDOT Project Coordinator who will subsequently interface with IPD to determine the appropriate party to answer project specific questions. 14. Is a NEPA document required for design-build projects? Environmental documents are required for any federal-aid transportation project. Environmental requirements for Locally Administered projects can be found at the following location: Do we have to complete a NEPA document before releasing an RFQ/RFP for a LAP Design-build Project? No, federal Design-build regulations have changed to allow release of the RFQ/RFP prior to completing the NEPA process. However, no commitment may be made in an RFP as to any alternative under evaluation in the NEPA process. The RPF may allow preliminary design prior to NEPA completion; in addition the design-build contract must include appropriate provisions preventing the design-builder from proceeding with final design activities and physical construction prior to NEPA completion. In other words, the contract must contain hold points or another method of issuing multi-step approvals. 16. Can we have the Design-builder complete the NEPA document? No, federal Design-build regulations state design-builders must not prepare the NEPA document or have any decisiomaking responsibility with respect to the NEPA process. Any consultants who prepare the NEPA document must be selected by and subject to the exclusive control of the contracting agency. The design-builder may provide information about the project and possible mitigation actions and its work product may be considered in the NEPA analysis. 17. What are the quality control and quality assurance requirements for Locally Administered Design-build Projects? The Design-builder and locality will need to conform to the requirements set forth in the Minimum Quality Control and Quality Assurance for Design-build and Public 8 of 9
9 Private Transportation Act Projects dated August This document should be clearly identified in the Standards and Reference Documents included in the locality Request for Proposals. 18. What is the plan submittal process for Locally Administered Design-build Projects? Plan submittals are to be processed in accordance with I&IM Right of Way and/or Construction submittals will also include a paper title sheet to be signed by the Chief Executive Officer of the Town, Responsible charge Engineer and PM-Locality for each phase prior to construction. The duration of time for the acquisition of the applicable signatures is consistent with the defined timeframes in the contract documents. As-Built title sheet mylar (and bridge front sheet as applicable) shall be submitted for a complete set of signatures. 19. Why do I need a title sheet if the project will ultimately be operated and maintained by the locality? This document is used to secure the necessary signatures / approvals through our financial, scheduling, and plan development groups. 9 of 9
Commonwealth of Virginia
Commonwealth of Virginia Alternative Project Delivery Division April 2017 Virginia Department of Transportation TABLE OF CONTENTS INTRODUCTION... 2 1.0 DEFINITIONS... 3 2.0 PRELIMINARY PROJECT SELECTION...
More informationALTERNATIVE PROJECT DELIVERY DIVISION
VIRGINIA DEPARTMENT OF TRANSPORTATION ALTERNATIVE PROJECT DELIVERY DIVISION INSTRUCTIONAL AND INFORMATIONAL MEMORANDUM GENERAL SUBJECT: Design-Build Requirements for Advertisement SPECIFIC SUBJECT: APPROVED:
More informationMetropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Task Contract Design Services
Request for Qualifications Information Architectural / Engineering Task Contract Design Services At Ronald Reagan Washington National Airport Washington Dulles International Airport Dulles Toll Road System
More informationARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES
ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)
More informationInvitation to Negotiate
Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of
More informationSUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY
SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY REQUEST FOR QUALIFICATIONS Professional Construction Management Services Harrisburg International Airport Rehabilitate Runway 13-31 Susquehanna Area Regional
More informationADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION
ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION Subject to conditions prescribed by the University of California, San Diego, responses to the University's prequalification documents for a Design Build
More informationDenver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS
RFQ Term: 1/1/2016 1/1/2020 Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS Denver Water (DW), in an effort to improve the administration and efficiency, has initiated
More informationREQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District
REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September
More informationREQUEST FOR PROPOSAL. Construction Management Services Not at Risk
REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk
More informationREQUEST FOR QUALIFICATIONS
NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the
More informationRequest for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.
Request for Proposals (RFP) Information Technology Independent Verification and Validation ADDENDUM NO. 2 Questions and Answers RFP Amendments September 2015 Contained herein are the responses to the questions
More informationCONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE
CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:
More informationInterstate 66 Widening from. RFQ Information Meeting. January 4, 2012 Christiana Briganti-Dunn, P.E. District Project Manager
Interstate 66 Widening from Gainesville to Haymarket RFQ Information Meeting January 4, 2012 Christiana Briganti-Dunn, P.E. District Project Manager John C. Daoulas, P.E. APD Project Manager and POC Introduction
More informationPUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)
PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT) The Greenville City School District (the "District") invites interested parties to submit
More informationREVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET
REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's
More informationEJCDC Contract Documents for America s Infrastructure Buy online at
EJCDC Contract Documents for America s Infrastructure Buy online at www.booksforengineers.com N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction
More informationDates/Times: p.m. Pacific Time.
Notice - Request for Qualifications (RFQ) For Corrosion Engineering and Investigations For The "E" Street Reservoir Cover Repainting For The City of Port Angeles 06-12-12 The City of Port Angeles, Washington,
More informationIRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20
CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project
More informationHouse Doctor Consulting Services Application Package
Public Facilities Department House Doctor Consulting Services Application Package For FY2013 FY2015 House Doctor Consulting Services Project #7005 City of Boston Thomas M. Menino, Mayor Michael Galvin
More information700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION
700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RICHMOND DISTRICT CONSTRUCTION ENGINEERING INSPECTION (CEI) CONTRACT RICHMOND DISTRICT RFP NO. RICH-20150821 Page 1 GENERAL The Virginia Department of Transportation is seeking expressions
More informationTransit Return on Investment (ROI) Study Request for Proposals (RFP)
Transit Return on Investment (ROI) Study Request for Proposals (RFP) Table of Contents 1. Introduction... 1 2. Scope of Services... 1 3. Project Schedule... 5 4. Evaluation Criteria... 5 5. Submission
More informationREQUEST FOR PROPOSALS RFP # LE TELEHANDLER WITH INTER-CHANGEABLE ATTACHMENTS DEPARTMENT OF ROADS, NAVAJO DOT
REQUEST FOR PROPOSALS RFP # 17-04-1654LE TELEHANDLER WITH INTER-CHANGEABLE ATTACHMENTS DEPARTMENT OF ROADS, NAVAJO DOT THE NAVAJO DIVISION OF TRANSPORTATION DEPARTMENT OF ROADS P.O. BOX 4620 Window Rock,
More informationREQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS
OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL CONSTRUCTION ENGINEERING INSPECTION SERVICES (CEI) FOR SALEM DISTRICT DISTRICT WIDE CONTRACT RFP SALEM-20170112 Page 1 GENERAL The Virginia Department of Transportation is seeking
More informationUNIVERSITY OF CALIFORNIA, SAN DIEGO
UNIVERSITY OF CALIFORNIA, SAN DIEGO BERKELEY DAVIS IRVINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SANTA BARBARA SANT A CRUZ OFFICE OF THE ASSIST ANT VICE CHANCELLOR CAMPUS ARCHITECT- FACILITIES
More informationDESIGN-BUILD WASHTO WYDOT
DESIGN-BUILD An OVERVIEW for STATE DEPARTMENTS of TRANSPORTATION Prepared for WASHTO (Western Association of State Highway and Transportation Officials) WYDOT by Wyoming Department of Transportation June
More informationDAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower
DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate
More informationLAP Manual Appendix 12.6B March 2016 Project Development
LAP Manual Appendix 12.6B March 2016 Project Development CHAPTER 13 CONSTRUCTION ADMINISTRATION 13.1-13.2 - Materials Quality Assurance 13.3 - Change/Work Orders 13.4 - Claims LAP Manual 13-1 March 2016
More informationREQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING DESIGN/BUILD GUARANTEED MAXIMUM PRICE (GMP) SERVICES
REQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING DESIGN/BUILD GUARANTEED MAXIMUM PRICE (GMP) SERVICES Pueblo Urban Renewal Authority (PURA) Pueblo Convention Center Expansion &
More informationREQUEST FOR STATEMENTS OF QUALIFICATIONS FOR REAL ESTATE BROKERAGE SERVICES FOR THE CITY OF TOLLESON
REQUEST FOR STATEMENTS OF QUALIFICATIONS FOR FOR THE CITY OF TOLLESON City of Tolleson 9555 West Van Buren Street Tolleson, Arizona 85353 SOLICITATION INFORMATION AND SELECTION SCHEDULE Solicitation Number:
More informationForsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101
Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101 Request for Qualifications Construction Manager at Risk (CMAR) INSTRUCTIONS
More informationSH99 Grand Parkway Segments H, I1, and I2 Proposer RFQ Q&A Matrix No. 3 September 22, 2014
Proposer RFQ Q&A Matrix 3 Section and Page Document * Any document changes (other than RID updates) described in TxDOT's responses will be made in an Addendum to the RFQ unless otherwise indicated. RID
More informationUrban. Initiative. Meeting. Construction. Annual. City of Lynchburg
2014 Urban Construction Initiative Annual Meeting City of Lynchburg Materials Testing Requirements for Locally Administered Projects Don French, P.E. VDOT Lynchburg District District Materials Engineer
More informationLEVEL I PREQUALIFICATION DOCUMENTS
Project No. LEVEL I PREQUALIFICATION DOCUMENTS for MUIR BIOLOGY BUILDING 3RD FLOOR RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla,
More informationVIRGINIA DEPARTMENT OF TRANSPORTATION MATERIALS DIVISION MEMORANDUM. Charles A. Babish, PE State Materials Engineer Approved:
VIRGINIA DEPARTMENT OF TRANSPORTATION MATERIALS DIVISION MEMORANDUM GENERAL SUBJECT: Revisions to Chapter VII of Manual of Instructions Materials Acceptance and Materials Notebook Program NUMBER: MD 407-17
More informationRequest for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents Administration of Project: Local Higher Education Project Name Bishop Woods Landscape Restoration Response
More informationUnited Nations Development Programme (UNDP) FOR THE
United Nations Development Programme (UNDP) CALL FOR EXPRESSIONS OF INTEREST AND PREQUALIFICATION FOR THE CONSTRUCTION AND REHABILITATION OF IRRIGATION SYSTEMS IN LEBANON UNDP Lebanon invites interested
More informationREQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320
REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE 2015 2016 ROOF AND HVAC REPLACEMENT PROJECT PW1320 Issued by: City of Stockton Public Works Department 22 E. Weber Avenue, Room 301 Stockton, CA 95202
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL DATE: February 24, 2015 Shimizu North America LLC 909 3rd Avenue, 28th Floor New York, NY 10022 RFP Queries (646) 205-4722 Fax (212) 223-1930 PROJECT: The Japan Foundation New York
More informationLEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION
Project No. 4863/A4L-396 LEVEL I PREQUALIFICATION DOCUMENTS for COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North
More informationDESIGN-BUILD PROCUREMENT AND ADMINISTRATION
Approved: Effective: April 15, 2015 Review: April 1, 2015 Office: Construction Topic No.: 625-020-010-l Department of Transportation 1.1 PURPOSE DESIGN-BUILD PROCUREMENT AND ADMINISTRATION SECTION 1 INTRODUCTION
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER
More informationI-81 Exit 114 Bridge Replacement Project RFQ Information Meeting
I-81 Exit 114 Bridge Replacement Project RFQ Information Meeting July 25, 2017 Phil Hammack, P.E. Design Project Manager Stephen Kindy, P.E. APD Division Project Manager and POC I-81 Bridge Replacement
More informationOhio Public Employees Retirement System. Request for Proposal
Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program
More informationDocument Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction
Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,
More informationSeattle Public Schools Office of Internal Audit. Internal Audit Report Construction Management Practices
Seattle Public Schools Office of Internal Audit Issue Date: December 5, 2017 Introduction and Background In accordance with the fiscal year 2018 capital audit plan, we have completed an audit of the district
More informationRequest for Proposals Final with Addendum 3
Request for Proposals Final with Addendum 3 Interstate 85 Reconstruction and Widening from Approximate MM 77 to MM 98 Project ID P027114 A Design-Build Project Spartanburg and Cherokee Counties, South
More informationMetropolitan Washington Airports Authority. Request for Qualifications Information (RFQI) RFQI No C084. for
Request for Qualifications Information (RFQI) RFQI No. for Project Controls Task Contract for Project Support & Management at Washington Dulles International Airport and Ronald Reagan Washington National
More informationPROJECT DESCRIPTION. The project is the Spartan Complex Seismic Upgrade, San Jose, California.
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE SPARTAN COMPLEX SEISMIC UPGRADE PROJECT SAN JOSE STATE UNIVERSITY ONE WASHINGTON SQUARE, SAN JOSE, CA 95192-0010 The Trustees of
More informationA , Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum
A101 2007, Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AIA Document A101 2007 is a standard form of agreement between owner and contractor for
More information1) Please share the last years expenditure under this contract. Answers: LIPA expects to spend approximately $1.2 million a year.
RFP for Information Technology Services- Questions Due: 8/11, 3pm, Answers due 8/16 Questions/Answers 1) Please share the last years expenditure under this contract. Answers: LIPA expects to spend approximately
More informationConsensusDocs. Catalog. Updated Docs Inside
ConsensusDocs ConsensusDocs Contracts Catalog Updated Docs Inside ConsensusDocs Keeping You Ahead of the Cur ve ConsensusDocs... Building A Better Way! Whether working at the office, from the road or even
More informationRequest for Bid. Handling Hostile Customers: from Verbal Threats to Active Shooter Situations One-day Training March 2017 Lansing or SE Michigan
Request for Bid Handling Hostile Customers: from Verbal Threats to Active Shooter Situations One-day Training March 2017 Lansing or SE Michigan Due Date: Monday, November 14, 2016, 5:00 PM (EST) Inquiries
More informationLOCATION AND DESIGN DIVISION
VIRGINIA DEPARTMENT OF TRANSPORTATION LOCATION AND DESIGN DIVISION INSTRUCTIONAL AND INFORMATIONAL MEMORANDUM GENERAL SUBJECT: Title Sheets NUMBER: SPECIFIC SUBJECT: Plan Notes and Approval Signatures
More informationREQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.
COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District
More informationConstruction Manager as Constructor (CMc) Manual
Construction Manager as Constructor (CMc) Manual Manual Courtesy of Purdue University Presented By Table of Contents 1.0 Executive Summary 2.1 House Bill 1196 2.2 Analysis of House Bill 1196 and Requirements
More informationUniversity of Washington. Request for Qualifications. Commissioning Authority Services for
University of Washington Request for Qualifications Commissioning Authority Services for University of Washington Fluke Hall Renovation Project Project Number: 203880 Submittal Date: July 18, 2013 at 3:00
More informationCRISP Azure Migration Consulting Services. All responses due no later than Friday, July 21 st, at 5pm EST
Request for Quote CRISP Azure Migration Consulting Services Friday, July 7th, 2017 All responses due no later than Friday, July 21 st, at 5pm EST 1 Request for Quote RFQ TO ALL RESPONDERS CRISP Azure Migration
More informationSPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS
SPECIFICATION NO. TxDOT 961-30-16 * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may
More informationPRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010
The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke
More informationMTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm
MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY 10004 DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm Vreplies@nyct.com 0000149475 Contract #CM-1058 NOTICE -OF ADDENDUM ADDENDUM #1 INCLUDES
More informationJob Order Contracting (JOC) ITB JE Overview August 2016
Job Order Contracting (JOC) ITB 16-14204-JE Overview August 2016 Job Order Contracting (JOC) What is JOC? Using general and specialty trade contractors to perform a series of projects on an as-needed basis.
More informationSubcontractor Pre-Qualification Form
Subcontractor Pre-Qualification Form Page 1 of 3 Today s Date (MO/DAY/YEAR): / / Person Completing Form: Company Information Company Name: Company Website: President/Owner/Partner Name: Other Contact Name/Title:
More informationTemplate for ToR for Transaction Advisory Services
Template for ToR for Transaction Advisory Services Addendum 1 Prepared by Genesis Analytics 4 December 2013 PPP TRANSACTION ADVISOR TERMS OF REFERENCE Terms of reference for transaction advisor services
More informationBELLOWS FALLS HISTORICAL SOCIETY, INC. Post Office Box 466 Bellows Falls, VT I fax
BELLOWS FALLS HISTORICAL SOCIETY, INC. Post Office Box 466 Bellows Falls, VT 05101 802-376-6789 I fax 802-463-9415 Request for Qualifications Design and Build Services for Nature Observation Platforms
More informationMain Building Auditorium
Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform
More informationDocument B101 TM. Standard Form of Agreement Between Owner and Architect
Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified
More informationCITY OF MODESTO REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGEMENT SERVICES FOR STATE ROUTE 99 AND PELANDALE AVENUE INTERCHANGE RECONSTRUCTION PROJECT
CITY OF MODESTO REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGEMENT SERVICES FOR STATE ROUTE 99 AND PELANDALE AVENUE INTERCHANGE RECONSTRUCTION PROJECT September 2013 Page 1 of 39 REQUEST FOR PROPOSAL CONSTRUCTION
More informationPROCUREMENT GUIDE DOING BUSINESS WITH THE COMMONWEALTH. The Commonwealth of Pennsylvania Department of General Services Bureau of Procurement
PROCUREMENT GUIDE. DOING BUSINESS WITH THE COMMONWEALTH The Commonwealth of Pennsylvania Department of General Services Bureau of Procurement www.dgs.state.pa.us/procurement Get Started at... The Pennsylvania
More informationVirginia Community College System Construction and Professional Services Manual November 2009
Virginia Community College System Construction and Professional Services Manual November 2009 Background The Restructured Higher Education Financial and Administrative Operations Act of the 2005 Session
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS FOR TEMPORARY STAFFING SERVICES Proposals must be received and receipted no later than 3:00 p.m. PDT, April 12, 2012 ABSOLUTELY NO EXCEPTIONS San Diego Workforce Partnership, Inc.
More informationCounty of Ingham State of Michigan
County of Ingham State of Michigan PO Box 319 / 121 E. Maple St. Purchasing Department Mason, Michigan 48854 Phone: (517) 676-7222 http://pu.ingham.org/home.aspx Greetings, Thank you for your interest
More informationConsensusDocs. ConsensusDocs CONTRACTS CATALOG. Updated Docs Inside. ou Ah. ead o f the Cur v. e K
CONTRACTS CATALOG Updated Docs Inside ou Ah ead o f the Cur v e gy epin e K ... BUILDING A BETTER WAY! Whether working at the office, from the road or even at home, the platform provides instant access
More informationREQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No
REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No. 15-1474 Tampa Bay Workforce Alliance, Inc. is accepting proposals from qualified CPA firms to provide audit and tax services. Parties
More informationREQUEST FOR QUALIFICATIONS FOR Design-Build Services for the University of Washington Seismic Improvements
Page 1 of 16 University of Washington REQUEST FOR QUALIFICATIONS FOR Design-Build Services for the University of Washington Seismic Improvements Project No. 205729 Submittal Deadline Date: No later than
More informationPolicies and Procedures for PREQUALIFICATION of JOINT VENTURES
SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION Policies and Procedures for PREQUALIFICATION of JOINT VENTURES Rev. July 1, 2014 Replaces Previous Versions This policy and procedure document is a working document
More informationInternal Audit Report. Professional Engineering Procurement Services (PEPS) Consultant Procurement Process TxDOT Internal Audit Division
Internal Audit Report Professional Engineering Procurement Services (PEPS) Consultant Procurement Process TxDOT Internal Audit Division Objective To evaluate the effectiveness and efficiency of the PEPS
More informationNotice is hereby given of the following changes to the above-referenced SOLICITAITON:
FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4381 Fax: (850) 414-4951 ADDENDUM NO. 2 DATE: May 10, 2016 RE: BID #:
More information1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES
TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING
More informationVICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR
VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR GENERAL CONTRACTOR AND MECHANICAL, ELECTRICAL, PLUMBING, FIRE PROTECTION AND UNDERGROUND PIPELINE SUBCONTRACTOR LICENSEES (License
More informationQuality Counts! Qualifications Based Selection (QBS)
Fall 2015 Kane County Division of Transportation Quality Counts! Qualifications Based Selection (QBS) Professional Services Procurement Process Kane County Division of Transportation 41W011 Burlington
More informationREQUEST FOR LETTERS OF INTEREST IN PROFESSIONAL ENGINEERING SERVICES PROJECT NO /05. Ref: General Engineering Services
REQUEST FOR LETTERS OF INTEREST IN PROFESSIONAL ENGINEERING SERVICES PROJECT NO. 99-16-04/05 Ref: General Engineering Services The Ohio Turnpike and Infrastructure Commission ( Commission ) issues this
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES
More informationANNEX III - BID FORMS
ANNEX III - BID FORMS The forms below must be completed and returned with your Bid: III (A): III (B): III (C): III (D): III (E): III (F): III (G) Bid Submission Form Bill of Quantity (BoQ) (financial bid,
More informationAPPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES
Appendix A RFP No. 894-2014 Page 1 of 1 Template Version: SrC120131129 - Consulting Services RFP APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES Revision: 2014-09-22 DEFINITION OF
More informationBID AND PURCHASING LAWS/BEST PRACTICES
BID AND PURCHASING LAWS/BEST PRACTICES BEFORE YOU DO ANYTHING, ASK YOURSELF THIS QUESTION. Is this purchase or contract for goods or services exempt from the bid laws? Exemptions: Piggy back off a contract
More informationProgrammatic Environmental Impact Statement (EIS) for Lower Green River Corridor Plan Request for Proposals:
Programmatic Environmental Impact Statement (EIS) for Lower Green River Corridor Plan Request for Proposals: The King County Flood District (District) is seeking proposals from firms to prepare a programmatic
More informationHOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)
HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018
More informationEL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS June 27, 2017
EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS 21-17 June 27, 2017 TO: RE: Invited Firms Request for Submittals to El Paso Water - Public Service Board (EPWater) Statement of Work Professional
More informationREQUEST FOR STATEMENT OF QUALIFICATIONS SOQ #
REQUEST FOR STATEMENT OF QUALIFICATIONS SOQ #2018-010 for PROFESSIONAL SERVICES Architectural, Landscape Architectural, Appraisal, Title, Engineering and Survey FY 2018 Issue date: January 25, 2018 Lake
More informationCITY OF ROSEVILLE ENGINEERING DEPARTMENT GUIDE TO ONLINE BIDDING FOR CITY PROJECTS
CITY OF ROSEVILLE ENGINEERING DEPARTMENT GUIDE TO ONLINE BIDDING FOR CITY PROJECTS It is the City of Roseville s policy to provide all contractors and subcontractors with equal access to procurement opportunities.
More informationSub-Contractor/Supplier Pre-Qualification Questionnaire
CURRENT DATE: *Please submit form by Fax or E-Mail to: 317.846.3113 info@allieddiversified.com COMPANY NAME: CONTACT: ADDRESS: STREET: CITY: STATE: ZIP: PHONE: FAX: E-MAIL: WEBSITE: 1. ORGANIZATION 1.1
More informationALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid
ALASKA RAILROAD CORPORATION 327 W. Ship Creek Ave. Anchorage, AK 99501 August 4, 2017 Request for Quote #17-205428 The Alaska Railroad Corporation (ARRC) is soliciting bid from interested concerns for
More informationYou Passed Your Bond Now What? a Part 3: Multi-Prime and Design-Build Project Delivery Methods and Project Labor Agreements
You Passed Your Bond Now What? a Part 3: Multi-Prime and Design-Build Project Delivery Methods and Project Labor Agreements January 25, 2017 Presented By: Deidree Sakai Cameron Ward SAN FRANCISCO LONG
More informationPRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18
PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,
More informationSTATE OF TENNESSEE TENNESSEE HOUSING DEVELOPMENT AGENGY REQUEST FOR QUALIFICATIONS FOR APPROVED MARKET STUDY ANALYSTS LIST RFQ #
11-20-13 RFQ STATE OF TENNESSEE TENNESSEE HOUSING DEVELOPMENT AGENGY REQUEST FOR QUALIFICATIONS FOR APPROVED MARKET STUDY ANALYSTS LIST RFQ # 31620-00261 SECTIONS: ATTACHMENTS: 1. Introduction 2. RFQ Schedule
More informationAnnex A. Templates for the Procurement Post Review Report
Annex A. Templates for the Procurement Post Review Report Country Loan / Credit / Trust Fund #: Project name*: Project ID: Name (s) of Implementing Agency (ies): TL: APS/PAS: Hub Coordinator Post Review
More informationStandard Form of Agreement Between Owner and Architect with Standard Form of Architect s Services
B-Series B- S E R I E S The documents in the B Series relate to various forms of agreement between an owner and an architect for professional services. B141 Standard Form of Agreement Between Owner and
More information